Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOURCES SOUGHT

58 -- Target Detecting Device (TDD) MK71 MOD 1

Notice Date
8/3/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133112QSC01
 
Response Due
8/16/2012
 
Archive Date
8/31/2012
 
Point of Contact
Shaan A. Charran
 
E-Mail Address
5-5783<br
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought, a market survey for written information only. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This announcement is issued as full and open with small businesses being encouraged to provide a response. The purpose of this announcement is to identify those businesses with appropriate expertise that might be interested in responding to a formal solicitation for the fabrication of the Target Detecting Device (TDD) MK 71 Mod 1. The solicitation for proposals will be on a competitive basis for a build-to-print fabrication effort to produce the Target Detecting Device (TDD) MK 71 Mod 1. The Technical Data Package is distribution limited to U.S. DoD contractors only. The solicitation will include the fabrication and acceptance of a First Article Target Detecting Device (TDD) MK 71 Mod 1. The scope of this effort also includes four option years with between 50 and 200 units based on stepladder pricing. Firm fixed price orders will be placed based on stepladder pricing with a minimum quantity of fifty (50) units for the base contract, up to a potential of 200 units, and options that may be exercised through the following four (4) years for quantities between 50 and 200 units. NOTE: This device includes three passive sensors that are designed to provide high sensitivity and minimal electrical/electronic noise. Specialized materials, skills, and manufacturing experience are required to produce them. The materials require sources of supply that specialize in pure metals and synthesized ceramics. These include Permeable Magnetic Metal, Ceramic Peizo Electric crystals, and potting requiring detailed vacuuming, layering, and aging as part of the curing process. The necessary skill sets of manufacturing personnel are those that are honed for specialized assembly techniques and procedures that are beyond routine electronic or mechanical micro devices. These include magnetic core winding, ceramic kiln firing and aging, and multi-step assembly with precise in-process measurements. Manufacturing experience and techniques required are those that apply to low power, high signal-to-noise ratio devices and therefore requires a background in sensor and circuit spatial relationships and noise abatement techniques specific to those of high impedance, low power devices that are critical for target detection. The period of performance will be for a five year (60 months) period if all options are exercised. The solicitation will contain drawings and data that is distribution limited to DoD and U.S. DoD Contractors. The work to be performed under this contract is CONFIDENTIAL. Classified information will not be releasable to foreign nationals or personnel processing Reciprocal clearance without the written approval of NSWC PCD (Code CXG). SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT All interested businesses are invited to provide a capabilities statement which contains, at a minimum, the following: (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, point of contact with e-mail, phone and fax number (3) CAGE Code number listed on your Central Contractor Registration (CCR) (4) Size of business: average annual revenue for the past three years, number of employees This should include documentation of past specialized experience and technical competence for similar service, up to three (3) past projects for which your firm was the prime contractor. There is no specific format or outline that submittals must follow. Summaries should be no longer than five pages in length. Where to send responses - All summaries should be emailed to Shaan A. Charran at shaan.charran@navy.mil by 4:00 P.M. CST, on August 16, 2012. Please reference N61331-12-Q-SC01 as your email subject line. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce271cea039ed395948a6cd6fd2c096d)
 
Record
SN02826884-W 20120805/120803235911-ce271cea039ed395948a6cd6fd2c096d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.